Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
SOLICITATION NOTICE

56 -- Interlocking bicycle rack style barricades (11,000 linear ft)- rental, delivery, set-up

Notice Date
6/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z0501157A001
 
Archive Date
7/8/2011
 
Point of Contact
Christine H. Nguyen, Phone: 707-424-7664
 
E-Mail Address
Christine.Nguyen.3@us.af.mil
(Christine.Nguyen.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Travis AFB intends to award a competitive purchase order for rental, delivery, and set-up of 11,000 linear feet of interlocking bicycle rack style barricades designed for use as crowd control. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52, effective 31 May 2011, DCN 20110617, and AFAC 2011-0421. The North American Industry Classification System (NAICS) code is 332999. The business size standard is 500. The Federal Supply Class (FSC) is 5660. The Standard Industrial Classification (SIC) is 5084. This purchase is set-aside 100% for small business. This request for quotation consists of the following: CLIN 0001: rental, delivery, and set-up of 11,000 linear feet of interlocking bicycle rack style barricades designed for use as crowd control. Delivery will be between 0800 and 1000 on Thursday, July 28th 2011. Pick-up will be between 0800 and 1000 on Monday, August 1st 2011. Delivery will be to Travis AFB. Exact location will be named a week before the event for security purposes. Award shall be made in the aggregate, all or none. Please provide quote valid for at least 30 days. Answers to some questions pertaining to this requirement: 1. What is the timeframe allotted for set-up? A: 8-10 am is the time required for arrival and vendors will have the entire day to set up. Please note that set-up locations will need to be flexible pending aircraft arrivals. 2. Will the barricades be set up in a straight line or will there be multiple areas? A: Barriers are for the most part set up in 5 straight lines totaling about 8000 feet ant there will be one large arc 3. Can you send an example of the barricade configuration? A: For security purposes, an example will be presented to the vendor awarded the contract no earlier than a week prior to the show. 4. Will the barricades be interlocked or staggered? A: Mostly (95%) interlocked. 5. Will there be a forklift available or will the vendor have to provide their own? A: A forklift and driver can be provided if needed. However, the vendor may face short (5 min) pauses where operator completes alternate tasks. No contractor will be provided a government owned vehicle to use at their discretion. 6. Will the trucks be able to access the area so vendors can do a rolling set-up? A. Vendors should be able to drive right to the set-up areas. The following provisions/clauses apply to this solicitation. FAR 52.204-9 Personal Identification FAR 52.212-1 Instruction to Offerors - Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable; FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions (Deviation); FAR 52.219-6 Notice of Total Small Businesss Set Aside; FAR 52.219-28 Post Award Small Business Program; FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.252-2 Clauses Incorporated by Reference. Use the following fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses. Use the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.212-7001 Contract Terms and Conditions DEVIATION; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests. Requests for payments must be submitted electronically through the Wide Area Work Flow system at [ http://wawf.eb.mil ]; DFARS 252.247-7023 (Alt III) Transportation of Supplies by Sea; AFFARS 5352.201-9101 OMBUDSMAN; Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contractor Registration (CCR) [ http://www.ccr.gov ], at Wide Area Work Flow (WAWF) [ http://wawf.eb.mil ], and at Online Representations and Certifications Application (ORCA) at [ http://orca.bpn.gov ]. Please send any responses to Christine.Nguyen.3@us.af.mil or fax to 707 424 5189. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. All inquiries must be submitted by 22 June 2011. Quotes are to be provided by fax or email NO LATER THAN 23 June 2011, 12:00 PM, PST. Point of contact is Christine Nguyen, 1Lt, Contract Specialist, telephone (707) 424 7736, christine.nguyen.3@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z0501157A001/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02476673-W 20110622/110620234247-e0122cbfa5798117ef0729d497833e09 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.